Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2021 SAM #7293
SOURCES SOUGHT

S -- DFC Team East O&M - Source Sought/Procurment Notice

Notice Date
11/17/2021 1:05:11 PM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
PBS R8 LAKEWOOD CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
TEAMEAST
 
Response Due
12/29/2021 12:00:00 AM
 
Archive Date
01/13/2022
 
Point of Contact
Stephen Heckman, Phone: 303-887-6354, Mire L Whittenburg
 
E-Mail Address
stephen.Heckman@gsa.gov, mire.whittenburg@gsa.gov
(stephen.Heckman@gsa.gov, mire.whittenburg@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Update Market Research Needed:� The General Services Administration anticipates issuing the Solicitation for this requirement in February 2022. Due to the lapse of time between the last round of market research, GSA is looking to update what was received in 2020/2021.� GSA is seeking all viable qualified Small Business Contractors that have performed or have the capability to perform Facilities Engineering Services. This procurement is pursuant to NAICS CODE 561210FAC Complete Facilities Maintenance & Management (Maintenance & Repairs). �GSA intends to issue this on the Federal Supply Schedule. The resultant contract will be a firm fixed-price contract for a one-year base, with six one-year options. The contractor will have a transition period tentatively starting June 1, 2022 to July 31, 2023, at no cost to the Government, with actual performance period tentatively commencing on or about August 1, 2022. Information Requested: GSA requests that any interested contractors that have the necessary experience and are interested in competing on this requirement fill out the attached Google questionnaire. If you are having difficulty filling out the form please contact the Contracting Officer - Mire Whittenburg at Mire.Whittenburg@gsa.gov and the Contract Specialist, Stephen Heckman at Stephen.heckman@gsa.gov as soon as possible.� https://docs.google.com/forms/d/e/1FAIpQLSdNs52dzbkCrztkIpYvSo8kfPWhuUMzVKG3zqwk1mszVw7a4Q/viewform?usp=sf_link The questionnaire responses are due by November 29, 2021 4:00 PM MST.� SYNOPSIS: General Services Administration is seeking all viable qualified Small Business Contractors that have performed or have the capability to perform Facilities Engineering Services and Complete Facilities Maintenance and Management (Maintenance & Repairs). This procurement is pursuant to NAICS CODE 561210FAC Complete Facilities Maintenance & Management (Maintenance & Repairs).� GSA intends to issue this on the Federal Supply Schedule. Description of Work: This requirement will provide Facility Engineering Services, management, supervision, labor, materials, equipment, and supplies and shall be responsible for the efficient, economical, and satisfactory operation, scheduled and unscheduled maintenance, testing, inspection and repair of equipment and systems to include required contract reports/reporting in the federal office building.� The operations and maintenance will include electrical systems and all associated equipment, including lighting/systems, high voltage power distribution equipment, a diesel emergency backup power generator, photovoltaic solar power and all associated systems; mechanical, plumbing, energy management control systems, building automation systems (BAS), � advanced meters, smart building programs and associated equipment and heating, ventilation, and air conditioning systems and all associated equipment; fire protection and life safety systems and all associated equipment; architectural and structural systems, fixtures, and all associated equipment; service call management within the national computerized maintenance management system (NCMMS) to include all required record keeping using a NCMMS as well as other administrative functions; maintenance of office building dock overhead roll-up door and parking facility high speed vehicle rollup doors to include ADA door openers within both facilities; domestic water equipment, and systems; water fountains, water bottle refill stations, an ice/water dispenser and systems; water treatment equipment and systems; sanitary sewage equipment and systems, storm drainage equipment and systems; reporting of elevator problems and service calls to the Contracting Officer�s Representative; roofs, anchors, davits and associated roofing systems; additional services may be ordered at the discretion of the Government for work relating to the operations, maintenance and repair or upgrade of the federal buildings located in Lakewood, Colorado. The office building is made up of secured/unsecured federal office building space, restrooms, stairwells, public elevators, service elevator, elevator lobbies, conference rooms, kitchenettes, administrative, a childcare center to include playground, fitness center, mailroom and non-traditional ground level dock.� There is a need for a highly qualified contractor to provide a wide variety of maintenance and� services for the associated buildings. The tenants occupying the buildings require continuous building operation to support their agency operations/mission. It is imperative that the selected contractor has experience successfully maintaining and operating multiple-tenant, multi-story buildings, high-security areas, office spaces, lab facilities and Data Centers. The resultant contract will be a firm fixed-price contract for a one-year base, with nine one-year options. The contractor will have a transition period tentatively starting June 1, 2021 to July 31, 2021, at no cost to the Government, with actual performance period tentatively commencing on or about August 1, 2021. Information Requested: Contractors capable of performing as a prime contractor that meets the requirements stated above are encouraged to submit capability statements no more than five pages in length. Capability statements must include the following information. 1. Name, address, business size. 2. Company status: *Company size and applicable socioeconomic status 3. Affiliate information: parent company, joint venture partners, and potential teaming partners. 4. Provide summaries for one to three similar projects (as described above) that demonstrate the small business firm's past experience in Facility maintenance especially in Laboratories and Data centers.� Interested firms having the capabilities necessary to meet or exceed the stated requirements are encouraged to submit responses addressing each of the criteria (1-4) as stated above. The sources sought notice is for informational and planning purposes only. It does not constitute a solicitation and is not to be considered as a commitment by the Government. A Contracting Officer's determination will be made to set any projects aside, resulting from this notice, for small or disadvantaged businesses from the qualified sources submitted from this request; therefore, all interested firms are encouraged to submit a response. All firms responding to this sources sought notice are advised that their response to this notice will not be considered for award. All interested parties will be required to respond separately to any solicitations posted as a result of the sources sought notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8a971e4c41b9427eac78481c7d41230b/view)
 
Place of Performance
Address: Lakewood, CO 80225, USA
Zip Code: 80225
Country: USA
 
Record
SN06179717-F 20211119/211117230125 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.